Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Twining Inc; 2025-10-23; PSA26-3939FAC
PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 1 AGREEMENT FOR MONROE STREET SPECIAL INSPECTION SERVICES TWINING, INC. THIS AGREEMENT (“Agreement”) is made and entered into as of the ______________ day of _________________________, 2025, by and between the City of Carlsbad, California, a municipal corporation (“City”) and Twining, Inc., a California corporation (“Contractor”). RECITALS A.City requires the professional services of a consultant that is experienced in testing and inspection services. B.Contractor has the necessary experience in providing professional services and advice related to testing and inspection services. C.Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained in this Agreement, City and Contractor agree as follows: 1.SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (“Services”) that are defined in attached Exhibit “A,” which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2.STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California area and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3.TERM The term of this Agreement will be effective from the date first above written to September 30, 2026. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts of a year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4.TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed forty-four thousand seven hundred seventy-nine dollars ($44,779). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Payment terms are Net 30 unless otherwise provided in Exhibit “A” or agreed to in writing. Incremental payments, if applicable, should be made as outlined in attached Exhibit “A.” Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 23rd October PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 2 6. PUBLIC WORKS 6.1 Prevailing Wage Rates. Any construction, alteration, demolition, installation, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement constitute “public works” under California Labor Code section 1720 et seq. and are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by Contractor in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 6.2 DIR Registration. California Labor Code section 1725.5 requires Contractor and any subcontractor or subconsultant performing any public work under this Agreement to be currently registered with the California Department of Industrial Relations (DIR), as specified in Labor Code section 1725.5. Labor Code section 1771.1 provides that a contractor or subcontractor/subconsultant shall not be qualified to engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. Prior to the performance of public work by any subcontractor or subconsultant under this Agreement, Contractor must furnish City with the subcontractor or subconsultant's current DIR registration number. 7. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the City’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the City Engineer approves otherwise, Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification-subcontractor. Contractor is responsible for obtaining Contractor’s own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to Contractor for use of Procore. It is recommended that Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, requests for information, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve Contractor of any other requirements as may be specified in this Agreement. Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 3 8. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under the control of City only as to the result to be accomplished but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to this Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 9. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 10. OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Services. 11. INDEMNIFICATION Contractor agrees to defend (with counsel approved by City), indemnify, and hold harmless City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described in this Agreement caused by any willful misconduct or negligent act or omission of Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If Contractor’s obligation to defend, indemnify, and/or hold harmless arises out of Contractor’s performance as a “design professional” (as that term is defined under California Civil Code Section 2782.8), then, and only to the extent required by California Civil Code Section 2782.8, which is fully incorporated in this Agreement, Contractor’s indemnification obligation shall be limited to claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of Contractor, and, upon Contractor obtaining a final adjudication by a court of competent jurisdiction. Contractor’s liability for such claim, including the cost to defend, shall not exceed Contractor’s proportionate percentage of fault. Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 4 The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under City’s self-administered workers’ compensation program is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 12. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than “A-:VII”; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 12.1 Coverage and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to City as an additional insured. 12.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal and advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 12.1.2 Automobile Liability. (If the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 12.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 12.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 12.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 12.2.1 City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to City. Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 5 12.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 12.2.3 If Contractor maintains higher limits than the minimums shown above, City requires and will be entitled to coverage for the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage will be available to City. 12.2.4 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 12.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 12.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 12.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 13. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 14. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of four (4) years from the date of final payment under this Agreement. 15. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 16. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 6 17. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City For Contractor Name Steven Stewart Name Linas Vitkus Title Municipal Projects Manager Title Chief Operating Officer and President Department Fleet & Facilities Address 15950 Bernardo Center Drive, Suite J City of Carlsbad San Diego, CA 92127 Address 1635 Faraday Ave. Phone No. 858-385-1711 Carlsbad, CA 92008 Email LVitkus@Twininginc.com Phone No. 442-339-2938 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 18. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. Contractor shall report investments or interests as required in the City of Carlsbad Conflict of Interest Code. Yes ☒ No ☐ If yes, list the contact information below for all individuals required to file: Name Email Phone Number 19. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 858-974-3750Robert Clevenger rclevenger@twininginc.com PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 7 20. CALIFORNIA AIR RESOURCES BOARD (CARB) ADVANCED CLEAN FLEETS REGULATIONS Contractor’s vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. 21. DISCRIMINATION, HARASSMENT, AND RETALIATION PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination, harassment, and retaliation. 22. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 23. TERMINATION In the event of Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 24. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 8 Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 25. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code Sections 12650 et seq., the False Claims Act applies to this Agreement and provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 26. JURISDICTION AND VENUE This Agreement shall be interpreted in accordance with the laws of the State of California without regard to, or application of, choice of law rules or principles. Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 27. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 28. THIRD PARTY RIGHTS Nothing in this Agreement should be construed to give any rights or benefits to any party other than City and Contractor. 29. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. This Agreement may be executed in counterparts. 30. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 9 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California TWINING, INC., a California corporation By: By: (sign here) Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager Linas Vitkus, President, Chief Operating Officer and Secretary (print name/title) ATTEST: By: SHERRY FREISINGER, City Clerk (sign here) By: Robert M. Ryan, Chief Executive Officer and Chairman Deputy / Assistant City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney By: _____________________________ Assistant City Attorney Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 PSA26-3939FAC City Attorney Approved Version 6/20/2025 Page 10 EXHIBIT A SCOPE OF SERVICES AND FEE Contractor shall provide all labor, equipment and materials necessary to perform as-needed materials testing and special inspections as requested by the City for the construction of the Monroe Street Pool complex at 3401 Monroe Street. All work to be performed shall be billed for using the rates included in the attached proposal dated October 1, 2025. The total not-to-exceed amount for all work to be performed shall not exceed $44,779.00 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 15950 Bernardo Center Drive, Suite J San Diego CA 92127 Tel 858.385.1711 Fax 562.426.4624 October 1st, 2025 Proposal No.: 25-1703 Steven Stewart, CCM, Assoc. DBIA Facilities Engineering Division Public Works, Fleet & Facilities Department 1635 Faraday Carlsbad, CA 92008 Subject: Project: Proposal to Provide Special Inspections and Materials Testing Monroe Street Pool Replacement Dear Mr. Stewart: Twining Inc. (Twining) is extremely pleased to present our proposal package for your review and consideration. With our experience, commitment to quality and integrity we are positive that our team will prove to be a valuable asset to this project. Project Understanding We understand that this project consists of the demolition of the existing pool and supporting facilities and the construction of a new pool, a new pool pump building and associated infrastructure. We understand this project will also include new detached additions to the existing building, a new PV Solar System for the building, and other site upgrades. We understand this project will take place at 3401 Monroe St. Carlsbad, CA 92008. We understand that this proposal will be valid for the work to be completed from August 18, 2025, to August 17, 2026. Budget Anticipated Budget for Scope of Work: $44,779.00 (See detailed estimate attached.) Notes and Assumptions: Our services will be provided during Monday to Friday and for 8 hours a day. No overtime allowance was calculated as part of our budget estimate. Please note there was no construction schedule available at the time of our proposal preparation, so we have made certain assumptions as it relates to the quantities and durations based on our experience of projects similar in scope and magnitude. Twining is happy to revise our estimate once a detailed schedule is made available. We understand that the project is anticipated to be completed in July of 2026. We have assumed that all structural steel will be fabricated in a shop approved by the City of Carlsbad and will not require any inspection services. We understand all soils inspections and testing will be performed by others and have not included that scope in our proposal. Our services are provided on a time and materials basis in accordance with the attached terms and conditions. PSA26-3939FAC Exhibit "A" (Cont.) Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Closing Twining is truly excited to work with the City in support of the project and we appreciate the opportunity to provide this proposal to you. We are confident that our firm will provide quality service at the best possible cost to you as we continue to demonstrate our high level of service and commitment to a successful project. Should you have any questions related to this proposal, I can be reached at 619-787-9840 or by email at swilliams@twininginc.com. Respectfully Submitted, Twining Inc., Stacy Williams | Director, Client Services PSA26-3939FAC Exhibit "A" (Cont.) Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Twining Inc., San DiegoStacy Williams Project Name: City of Carlsbad Monroe Street Pool Replacement Proposal No: 25-1703 Date: October 1st 2025 619-787-9840 Description of Work Details Unit Rates Total Special Inspector - Reinforced Concrete/ACI Technician Rebar Placement and Point of Placement: Footings, SOG, Foundations 120 Hours 104.00$ 12,480.00$ Special Inspector - Post Installed Anchors, Pull and Torque Testing Equipment Anchors, Ceiling Wires, Mounting 40 Hours 104.00$ 4,160.00$ Shotcrete Mock-up Inspection/ Mock-up Prequalification Prequalification of Nozzlemen, Assume 2 Nozzlemen, One Panel, One Mix, Sub Contracted Services 1 Allowance 1,000.00$ 1,000.00$ Shotcrete Core Compressive Testing Including Coring and Trimming (ASTM C42)Price Per Core, Assume 1 Panel per Day 15 Tests 65.00$ 975.00$ Compression Strength: 4" x 8" Cylinders Includes Pickup and Reporting (Pickup Waived)30 Tests 26.00$ 780.00$ 19,395.00$ Special Inspector - Structural Masonry CMU Walls 80 Hours 104.00$ 8,320.00$ Special Inspector - Post Installed Anchors, Pull and Torque Testing Anchorage 16 Hours 104.00$ 1,664.00$ Compression Laboratory Testing Composite Masonry Prisms Assume One Set 3 Tests 185.00$ 555.00$ Compression Laboratory Testing of Mortar Assume Five Sets 15 Tests 55.00$ 825.00$ Compression Laboratory Testing of Grout Assume Four Sets 12 Tests 37.00$ 444.00$ 11,808.00$ Special Inspector - Structural Steel Welding and Bolting Columns, Framing, Metal Decking, Bolted Connections, Misc. Steel 96 Hours 104.00$ 9,984.00$ 9,984.00$ DIVISION 6: WOOD AND PLASTIC Special Inspector - Wood Diaphragm and Nailing Periodic Inspection 24 Hours 104.00$ 2,496.00$ 2,496.00$ Project Engineer As Needed Project Support and Reporting 8 Hours 137.00$ 1,096.00$ 1,096.00$ 44,779.00$ SUB-TOTAL Estimated Grand Total Estimated Budget for Special Inspections and Material Testing Services REMARKS: This proposal is based on the plans and specification provided titled, "Monroe Street Pool Drawings Bid Set". We understand all soils inspections will be performed by others and have not included that scope in our estimate. We have assumed all structural steel will be fabricated in a shop approved by the City of Carlsbad and will not require any inspection services. Please note there was no construction schedule available at the time of our proposal preparations so we have made certain assumptions as it relates to the quantities and durations based on our experience of projects similar in scope and magnitude. Our services will be provided during Monday to Friday and for 8 hours a day. No Overtime allowance has been included in this budget estimate. See attached schedule of fees for additional terms and conditions. Units DIVISION 3: CONCRETE DIVISION 4: MASONRY DIVISION 5: METAL Field PROJECT ENGINEERING SUB-TOTAL SUB-TOTAL SUB-TOTAL SUB-TOTAL PSA26-3939FAC Exhibit "A" (Cont.) Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Updated Schedule of Fees for City of Carlsbad Personnel Rates: Per Hour Unless Otherwise Noted Engineering and Consulting Personnel Rate Equipment Usage (Daily Unless Otherwise Noted)Rate Senior Principal Advisor/Consultant 300.00$ Skidmore 40.00$ Principal Engineer/Geologist 200.00$ Torque Wrench, Small 15.00$ Metallurgical Engineer 190.00$ Torque Wrench, Large 25.00$ Registered Geotechnical Engineer 195.00$ Torque Multiplier 40.00$ Technical Advisor 195.00$ Air Meter 20.00$ Material Scientist, Welding/NDT Consultant 205.00$ Brass Mold 20.00$ Registered Geologist/Certified Engineering Geologist 168.00$ Nuclear Gauge (Per Hour)WAIVED Senior Engineer/Geologist 175.00$ Pull Test Equipment 60.00$ Registered Civil Engineer 170.00$ Concrete/Asphalt Coring Equipment 250.00$ Roofing/Waterproofing Consultant 195.00$ Pachometer 55.00$ Project Engineer/Manager 137.00$ Floor Flatness (Dipstick)45.00$ Quality Control Manager 155.00$ Schmidt Hammer 20.00$ Senior Staff Engineer/Geologist 150.00$ Vapor Emission Test Kits 30.00$ Staff Engineer/Geologist 145.00$ Relative Humidity Probe 60.00$ Quality Control Administrator 135.00$ UPV (Ultrasonic Pulse Velocity) Meter 350.00$ Metallurgical Technician 110.00$ Fireproofing Adhesion/Cohesion (Per Test)35.00$ CADD Operator/Draftsperson 97.00$ A Scan Ultrasonic Equipment and Consumables 75.00$ Field Supervisor 130.00$ Magnetic Particle Equipment and Consumables 40.00$ Safety Supervisor 130.00$ Liquid Penetrant Consumables 35.00$ Laboratory Manager 115.00$ Phased Array Ultrasonic Equipment (Per Hour)60.00$ Laboratory Technician 95.00$ Ground Penetrating Radar 300.00$ Expert Witness Testimony 525.00$ Impact Echo 350.00$ Qualified SWPPP Developer 150.00$ Ultrasonic Tomography 450.00$ Qualified SWPPP Practitioner 135.00$ Inertial Profiler (Per Hour)260.00$ Vibration Engineer 175.00$ Project Dedicated Vehicle 110.00$ Roller Compacted Concrete Vibrating Hammer/Tampling Plate 70.00$ Half-cell Potential Equipment Set 350.00$ Field Inspection Personnel Rate Concrete Electrical Resistivity Meter 160.00$ Concrete/Reinforced Steel Inspector $ 104.00 Field Hardness (Steel)100.00$ Prestressed/Post Tensioned Inspector $ 104.00 Coating Thickness Gauge 100.00$ Concrete ICC Inspector $ 104.00 Temperature Control Curing Box (Per Month)450.00$ Drilled-In-Anchor Inspector $ 104.00 Temperature Matching Curing Box (Per Month)520.00$ Gunite/Shotcrete Inspector $ 104.00 Masonry Inspector $ 104.00 Structural Steel/Welding Inspector $ 104.00 Specimen Pick-Up Rate AWS Certified Welding Inspector $ 104.00 Standard Sample: Concrete Cylinders (Each)WAIVED Fireproofing Inspector $ 104.00 Standard Sample: Mortar/Grout Cubes and Cores, WAIVED Lead Inspector $ 114.00 Fireproofing, Rebar, and Epoxy Prisms (Each) Firestop Special Inspector - IFC Premier $ 114.00 Oversize Sample: Masonry Prisms, Shotcrete Panels, 50.00$ Firestop Special Inspector - IQP $ 114.00 Flexural Beams (Each) L.A. Deputy Grading Inspector $ 124.50 Technician for Specimen Pick-Up Not Listed Above 95.00$ Asphalt Field and Plant Inspector/Technician $ 104.00 (Per Hour, 2-Hour Minimum) Pile Driving Inspector $ 104.00 Technician for Specimen Pick-Up Before 5:00 a.m. 120.00$ Soils Technician $ 104.00 or After 5:00 p.m. Monday thru Friday, or All Day Saturday Concrete Quality Control (ACI/Caltrans Technician)$ 104.00 (Per Hour, 2-Hour Minimum Plus Mileage) Wood Framing Inspector $ 104.00 Roofing/Waterproofing Inspector $ 126.50 Mechanical Inspector $ 146.00 Jobsite Trailer, Mobile or On-site Laboratory Rate Electrical Inspector $ 146.00 Mobile laboratory for rapid strength concrete 450.00$ Plumbing Inspector $ 146.00 (per shift not exceeding 12 hours) Building Inspector $ 139.75 All others by quotation Vibration Monitoring Technician $ 112.00 Field Engineering Technician $ 124.50 Concrete Tests (Field Made Specimens)Rate 6" x 12" Cylinder: Compression Strength $ 26.00 Shop Inspection Personnel Rate (ASTM C39) Structural Steel Fabrication Inspector $ 114.00 4" x 8" Cylinder: Compression Strength $ 26.00 Batch Plant Quality Control Technician/Inspector $ 114.00 (ASTM C39) Glue-Laminated Fabrication Inspector Quotation Density of Structural Lightweight Concrete 77.00$ Pre-Cast Concrete/Pipe Fabrication Inspector $ 120.00 Equilibrium or Oven Dry Method (ASTM C567) Core Compression including Trimming (ASTM C42)62.00$ 6" x 6" x 18" Flexural Beams Not Exceeding 85.00$ Non-Destructive Testing Personnel Rate Referenced Size (ASTM C78, C293 or CTM 523) NDE Ultrasonic Testing Technician $ 119.00 Splitting Tensile Strength (ASTM C496)90.00$ NDE Magnetic Particle Testing Technician $ 119.00 Modulus of Elasticity Test (ASTM C469)240.00$ NDE Dye Penetrant Testing Technician $ 119.00 Rapid Chloride Permeability Test: Cylinders or 490.00$ Combination NDE Technician/Welding Inspector $ 119.00 Cores (ASTM C1202) Radiographic Testing (crew of 2)$ 321.00 Density, Absorption, and Voids in Hardened 450.00$ NDE Engineer $ 183.00 Concrete (ASTM C642) Task Code 10115 10501 95362 95368 95369 70000 95315 10010 95321 10011 95324 10026 95318 10001 95309 10017 95312 60003 95327 10013 95336 30000 95330 70003 95343 10003 95333 10009 95348 10019 95351 90001 95300 70107 95303 10005 95341 10007 95342 10015 95339 90005 95345 91010 91000 95349 91030 95306 20000 95307 98000 95347 10103 10105 Task 10109 Code 10111 20102 95357 Task 95364 Code 95367 10101 95372 30001 95370 95371 10117 2010770109 75001 2010970103 10113 20101 10201 10203 20103/ 10207 20104 10519 95360 10521 10523 50003 Task 70101 10107 60001 Task 10515 Code 30002 10122 10325 10328 20205 20207Task Code Task Code Code 2020210301 10309 20203 20201 20209 10403 20211 10405 80003 80006 10305 10409 10020 10401 Task Code 1 PSA26-3939FAC Exhibit "A" (Cont.) Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Concrete Tests (Field Made Specimens), Continued Rate Physical and Chemical Analysis of Fly Ash Rate Flexural Toughness (ASTM C1609, Formerly 800.00$ Chemical Analysis of Fly Ash per 650.00$ ASTM C1018)Standard Requirements (ASTM C618) Double Punch Strength of Fiber Reinforced Concrete 450.00$ Physical Testing of Fly Ash per Standard Requirements 650.00$ Coefficient of Thermal Expansion of Concrete 500.00$ (ASTM C618) (CRD 39, AASHTO T336)Partial Analysis or Specific Physical Tests Quotation Chemical Analysis and Physical Testing of Fly Ash per 1,100.00$ Standard Requirements (ASTM C1618) Concrete Specimen Preparation Rate Sawing of Specimens (Each)32.00$ Physical Testing of Chemical Admixtures for Coring of Specimens in Lab (Each)32.00$ Concrete Rate Qualification of Admixture per ASTM C494 Quotation Laboratory Trial Batch: Concrete, Cement and Mortar Rate Compression Test Cylinders Made and Tested in 50.00$ Soils and Aggregate Tests Rate Laboratory (ASTM C192, C35)Abrasion: LA Rattler (ASTM C131)195.00$ 6" x 6" x 18" Flexural Beams Made and Tested in 90.00$ Abrasion: LA Rattler (ASTM C535)195.00$ Laboratory (ASTM C192, C78)Atterberg Limits/Plasticity Index (ASTM D4318, CTM204)150.00$ Splitting Tensile Strength Cylinders Made and Tested 110.00$ California Bearing Ratio Excluding Maximum Density 550.00$ in Laboratory (ASTM C192, C496)(ASTM D1883): Soil Modulus of Elasticity Test Cylinders Made and Tested in 260.00$ California Bearing Ratio Excluding Maximum Density 650.00$ Laboratory (ASTM C192, C469)(ASTM D1883): Cement-Treated Soil Density of Structural Lightweight Concrete Made in the 95.00$ Cement-Treated Soil/Base Mix Design: includes three trial 3,200.00$ Laboratory, Equilibrium or Oven Dry Method (ASTM C567)cement contents with three unconfined compressive strength Laboratory Trial Batch (ASTM C192)475.00$ specimens per cement content Laboratory Trial Batch: Packaged Dry Concrete 950.00$ Chloride and Sulfate Content (CTM 417, CTM 422)150.00$ Including Verification of Slump, Air Content, Plastic Unit Clay Lumps and Friable Particles (ASTM C142)175.00$ Weight, Six Cylinders for Compressive Strength (ASTM Cleanness Value: 1" x #4 (CTM 227)175.00$ C387 and C192)Cleanness Value: 1.5" x .75" (CTM 227)275.00$ Drying Shrinkage Up to 28 Days: Three 3" x 3" or 490.00$ Collapse Potential/Index (ASTM D5333)175.00$ 4" x 4" Bars, Five Readings up to 28 Dry Days Compressive Strength of Molded Soil-Cement 105.00$ (ASTM C157)Cylinders (ASTM D1633) Additional Reading, Per Set of Three Bars 45.00$ Consolidation Test: Full Cycle (ASTM 2435, CTM 219)195.00$ Storage over Ninety (90) Days, Per Set of 30.00$ Consolidation Test: Time Rate per Load Increment 45.00$ Three Bars, Per Month (ASTM D2435, CTM 219) Setting Time Up to 7 Hours (ASTM C403)130.00$ Corrosivity Series: Sulfate, CI, pH, Resistivity 245.00$ Bleeding (ASTM C232)130.00$ (CTM 643, 417, and 422) Concrete Restrained Expansion (ASTM C878)520.00$ Crushed/Fractured Particles (ASTM D5821, CTM 205)175.00$ Mix, Make and Test Mortar or Grout Specimens for 450.00$ Direct Shear Test: Remolded and/or Residual 245.00$ Compressive Strength: Set of 6 (ASTM C878)(ASTM D3080) Non-Shrink Grout: Height Change after Final 450.00$ Direct Shear Test: Undisturbed - Slow [CD] (ASTM D3080)225.00$ Set (ASTM C1090)Direct Shear Test: Undisturbed - Fast [CU] 195.00$ Non-Shrink Grout: Height Change at Early 800.00$ (ASTM D3080) Age (ASTM C827)Durability Index: Per Method - A,B,C, or D 210.00$ Cracking Resistance, Set of Three Rings, 5,000.00$ (CTM 229, ASTM D3744) Laboratory Trial Batching, Test Until Cracking or Expansion Index (ASTM D4829, UBC 18-2)$ 156.00 up to 28 Days (ASTM 1581)Fine Aggregate Angularity 190.00$ Evaluation of Pre-Packaged Masonry Mortars 1,100.00$ (AASHTO T304, ASTM C1252, CTM 234) (ASTM C270)Flat and Elongated Particle (ASTM D4791)225.00$ Creep, ASTM C512 (One Age of Loading, 12 Months 7,000.00$ Flat or Elongated Particle (ASTM D4791)195.00$ Duration of Testing)Maximum Density: Methods A/B/C $ 182.00 (ASTM D1557, D698, CTM 216) Chemical Analysis and Petrographic Maximum Density: Check Point 65.00$ Examination of Concrete Rate (ASTM D1557, D698) Chemical Analysis for Acid Soluble Chlorides 250.00$ Maximum Density: AASHTO C [Modified] 195.00$ (ASTM C1152) (includes sample prep)(AASHTO T-180) Chloride Diffusion Coefficient of Cementitious 2,200.00$ Moisture Content (ASTM D2216,CTM 226)25.00$ Mixtures by Bulk Diffusion (ASTM C1556)Moisture and Density: Ring Sample (ASTM D2937)30.00$ Petrographic Examination of Hardened 1,700.00$ Moisture and Density: Shelby Tube Sample 40.00$ Concrete (ASTM 856) (Comprehensive)(ASTM D2937) Moisture-Density Relations of Soil-Cement 275.00$ Mixtures Premixed in the Field (ASTM D558) Physical and Chemical Analysis of Cement Rate Moisture-Density Relations of Soil-Cement Mixtures 350.00$ Physical Testing and Chemical Analysis of Portland 1,200.00$ Mixed in the Lab (ASTM D558) Cement per Standard Requirements (ASTM C150)Organic Impurities (ASTM C40, CTM 213)90.00$ Chemical Analysis of Portland Cement per 650.00$ Permeability (ASTM D5084)Quotation Standard Requirements (ASTM C150)Potential Reactivity: Chemical Method (ASTM C289 - 525.00$ Physical Testing of Portland Cement per 650.00$ Discontinued Method) Standard Requirements (ASTM C150)Potential Reactivity: Mortar Bar Expansion Method, 825.00$ Physical Testing of Type K Cement, Mortar 650.00$ 14-Day Exposure (ASTM C1260) Expansion (ASTM C806)Potential Reactivity: Mortar Bar Expansion Method,875.00$ Partial Analysis or Specific Physical Tests Quotation 28-Day Exposure (ASTM C1260) Sulfates Resistance of Hydraulic 2,400.00$ Potential Reactivity: Concrete Bar Expansion,2,600.00$ Cement (ASTM C1012) - 6 months Method (ASTM C1293), 12 month Sulfates Resistance of Hydraulic 2,600.00$ Potential Reactivity: Concrete Bar Expansion,2,800.00$ Cement (ASTM C1012) - 12 months Method (ASTM C1293), 24 month 40005 40009 Task Task Code 20151 20157 40006 Task Code Task Code Task Code 80143 80146 80147 70301 70303 80196 70304 7034430227 7031530229 30322 30201 70393 70396 30503 30505 30223 30225 Code 30217 30219 70305 30207 30403 30209 30321 70309 70311 70313 30205 30230 30231 30203 30233 70317 30234 70319 70321 Task 20265 30232 30211 20263 70394 70378 70325 75004 70399 80106 70337 70398 30401 70343 80001 70341 70340 70391 70342 80194 Code 70339 80110 80111 Task Code 80140 7033580123 30507 30508 80193 70331 80129 70333 Task Code 80195 80100 80103 2 PSA26-3939FAC Exhibit "A" (Cont.) Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Soils and Aggregate Tests, Continued Rate Asphalt Concrete Tests, Continued Rate Potential Reactivity of Aggregate Combination, 950.00$ Wet Track Abrasion Test (ASTM D3910)160.00$ 14-Day Exposure, Mortar (ASTM C1567)Hveem Mix Design (Excluding Aggregate Quality Tests)3,400.00$ Potential Reactivity of Aggregate Combination,1,000.00$ Hveem Mix Design, with RAP (Excluding Aggregate 3,800.00$ 28-Day Exposure, Mortar (ASTM C1567)Quality Tests, RAP Qualification) R-Value: Soil (ASTM 2844, CTM 301)$ 390.00 Hveem Mix Design, with Lime (Excluding Aggregate 3,800.00$ R-Value: Aggregate Base (ASTM D2844, CTM 301)$ 416.00 Quality Tests) Sand Equivalent (ASTM D2419, CTM 217)$ 130.00 Hveem Mix Design Caltrans Untreated Mix 4,650.00$ Sieve #200 Wash Only (ASTM D1140, CTM 202)90.00$ (Including Aggregate Quality Tests) Sieve with Hydrometer: 3/4" Gravel to Clay (ASTM D422,250.00$ Hveem Mix Design Caltrans Lime Treated Mix 4,650.00$ CTM 203)(Including Aggregate Quality Tests) Sieve with Hydrometer: Sand to Clay (ASTM D422,240.00$ Marshall Mix Design (Excluding Aggregate Quality Tests)3,400.00$ CTM 203)Marshall Mix Design with RAP (Excluding Aggregate 3,800.00$ Sieve Analysis Including Wash (ASTM C136, CTM 202)$ 145.50 Quality Tests) Sieve Analysis Without Wash (ASTM C136, CTM 202)$ 104.00 Marshall Mix Design with Lime (Excluding Aggregate 3,800.00$ Sieve Analysis: Split Sieve (ASTM C136, CTM 202)$ 208.00 Quality Tests) Sieve Analysis Without Wash: With Cobbles $ 234.00 Open Grade Asphalt Concrete Mix Design 1,700.00$ (ASTM C136, CTM 202)(CTM 368, ASTM D7064) Soundness: Sodium or Magnesium Sulfate,450.00$ Superpave Mix Design (Excluding Aggregate Quality Tests)4,900.00$ 5 Cycles (ASTM C88)Superpave Mix Design, with RAP 6,500.00$ Specific Gravity and Absorption: Coarse 100.00$ (Excluding Aggregate Quality Tests) (ASTM C127, CTM 206)Effect of Moisture on Asphalt Paving Mixtures, Pre-Mixed 1,000.00$ Specific Gravity and Absorption: Fine 165.00$ (AASHTO T283, ASTM D4867) (ASTM C128, CTM 207)Hamburg Wheel Track Test, 20,000 passes, 4 briquettes 1,100.00$ Swell/Settlement Potential: One Dimensional 105.00$ (AASHTO T324) (ASTM D4546)Raveling Test of Cold Mixed Emulsified Asphalt 200.00$ Triaxial Quotation (ASTM D7196) Unconfined Compression (ASTM D2166, CTM 221)135.00$ Marshall Stability, wet set, 3 replicates (AASHTO T245)350.00$ Unit Weight Per Cubic Foot (ASTM C29, CTM 212)125.00$ Marshall Stability, dry set, 3 replicates (AASHTO T245)300.00$ Voids in Aggregate with Known Specific Gravity 125.00$ Cold Recycled Asphalt Mix Design: 2 gradings each, 10,500.00$ (ASTM C29, CTM 212)3 emulsion content (Caltrans LP-8) Lightweight Particle: Coarse (ASTM C123)400.00$ Superpave Mix Design, with Rubber 6,600.00$ Lightweight Particle: Fine (ASTM C123)400.00$ (Excluding Aggregate Quality Tests) Superpave Mix Design, with Additives 5,790.00$ (Excluding Aggregate Quality Tests) Asphalt Concrete Tests Rate HMA Mixing and Preparation 125.00$ HMA Mixing and Preparation with Aggregate Treatment 175.00$ Brick Masonry Tests, ASTM C67 Rate Bulk Specific Gravity of Compacted Sample or 55.00$ Modulus of Rupture: Flexural 75.00$ Core: SSD (CTM 308C and ASTM D2726)Compression Strength 55.00$ Bulk Specific Gravity of Compacted Sample or 80.00$ Absorption: 5 Hour or 24 Hour 60.00$ Core: Parafin Coated (CTM 308A and ASTM D1188)Absorption (Boil): 1, 2 or 5 Hours 70.00$ Emulsion Residue, Evaporation (ASTM D244)150.00$ Initial Rate of Absorption 50.00$ Extraction: % Bitumen (CTM 382, ASTM D6307)$ 156.00 Efflorescence 70.00$ Extraction: % Bitumen and Gradation (CTM 382, $ 208.00 Cores: Compression 65.00$ CTM 202, ASTM D6307, ASTM D5444)Shear Test on Brick Cores: 2 Faces 90.00$ Extraction: % Bitumen, Correction Factor 350.00$ (CTM 382, ASTM D6307) Chemical Extraction: % Bitumen and Sieve Analysis 245.00$ Concrete Block, ASTM C140 Rate (ASTM D2172 Method A or B, ASTM D5444)Compression 85.00$ Lab Tested Maximum Density: Hveem, 3 briquettes $ 208.00 Absorption/Moisture Content/Oven Dry Density 85.00$ (CTM 304, CTM 308, ASTM D1561, ASTM D1188)Linear Shrinkage (ASTM C426)225.00$ Hveem Stabilometer Test, Premixed, 3 briquettes $ 208.00 Web and Face Shell Measurements 45.00$ (CTM 304, CTM 366, ASTM D1560, ASTM D1561)Tension Test 155.00$ Lab Tested Maximum Density: Marshall, 210.00$ Core Compression 65.00$ 3 briquettes (ASTM D6926,ASTM D2726)Shear Test of Masonry Cores: 2 Faces 85.00$ Lab Tested Maximum Density: Marshall 215.00$ Efflorescence Tests 45.00$ 6'' Specimen, 3 briquettes (ASTM D5581, ASTM D2726) Lab Tested Maximum Density: Superpave Gyratory 80.00$ Masonry Prisms, ASTM C1314 Rate Compacted Briquette, SSD, 1 briquette Compression Test: Composite Masonry 185.00$ (ASTM D6925, ASTM D2726)Prisms Up To 8" x 16" Lab Tested Maximum Density: Superpave Gyratory 90.00$ Compression Test: Composite Masonry 245.00$ Compacted Briquette, Parafin, 1 briquette Prisms Larger Than 8" x 16" (ASTM D6925, ASTM D1188)Prism Cord Modulus of Elasticity 525.00$ Maximum Theoretical Specific Gravity [RICE] $ 156.00 Prism Cord Modulus of Elasticity with Transverse 650.00$ (CTM 309, ASTM D2041)Strain (for double-wythe specimen) Marshall Stability and Flow, Cored Sample, each 80.00$ (ASTM D6927) Marshall Stability and Flow, Premixed, 3 briquettes 230.00$ Mortar and Grout Rate (ASTM D6926, ASTM D6927)Compression: 2" x 4" Mortar Cylinders (ASTM C780)55.00$ Marshall Stability and Flow, Gyratory Compacted 230.00$ Compression: 3" x 3" x 6" Grout Prisms, 37.00$ Specimen Pre-Mixed, 3 briquettes Includes Trimming (ASTM C119) (ASTM D6925, ASTM D5581)Compression: 2" Cubes (ASTM C109)55.00$ Marshall Stability and Flow 6'' Specimen, Premixed, 230.00$ Compression: Cores (ASTM C42)65.00$ 3 briquettes (ASTM D5581) Moisture Content (CTM 370)85.00$ 70355 70397 70392 70345 70347 70361 70363 70365 70351 70353 Task Task Code Code 70349 70359 70357 Code 75070 75040 20311 Task Code 75032 20313 20315 Task Code 20303 20305 20307 20309 70369 30317 30319 75093 75096 75069 75063 75048 20323 Task 75084 75087 75028 75033 20351 20353 20301 Code 75049 75106 75107 75051 75066 75031 30411 30412 75036 75030 75042 75057 70360 75114 75115 70367 75068 75067 70371 75111 75039 70373 75083 20335 75024 75027 20329 20331 20321 20327 20333 20339 Task Task 20347 Code75050 75052 75113 75109 20341 20343 20346 75075 75094 75095 20355 20357 75099 75090 75005 3 PSA26-3939FAC Exhibit "A" (Cont.) Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Machining and Preparation of Tensile and Bend Masonry Specimen Preparation Rate Sample: Carbon Steel Rate Cutting of Cubes or Prisms 65.00$ Machinist: Initial Preparation from Mock-up, Etc. 95.00$ (Per Hour) Sawcut to Overall Width (Per 0.5" Thickness or 50.00$ Fireproofing Tests Rate Fraction Thereof)55.00$ Oven Dry Density (ASTM E605)65.00$ Machine to Test Configuration: Milled Specimens 70.00$ Machine to Test Configuration: Turned Specimens 135.00$ (Per 0.5" Thickness or Fraction Thereof) Gunite and Shotcrete Tests Rate Prepare Subsize Specimens (Per 0.5" Thickness 85.00$ Core Compression Including Trimming (ASTM C42)65.00$ or Fraction Thereof) Compression: Cubes (Includes Saw Cutting)85.00$ Concrete Roof Fill: Gypsum, Vermiculite, Perlite,Charpy Impact Rate Lightweight Insulating Concrete, Etc.Rate Charpy Impact Ambient Temperature 90.00$ Compression Test (ASTM C495 and C472)47.00$ Charpy Impact Reduced Temperature 110.00$ Air Dry Density (ASTM C472)37.00$ Oven Dry Density (ASTM C495)62.00$ Machining of Charpy Samples: Carbon Steel Rate Cutting and Milling (Per 0.5" or Fraction Thereof) 80.00$ Reinforcing Steel, ASTM A615, A706 Rate Final Machining to Sample Configuration 90.00$ Tensile Test: # 11 or Smaller 60.00$ Bend Test: # 11 or Smaller 55.00$ Prestressing Wires and Tendons, Bend Test #14 or #18 325.00$ (ASTM A416)Rate Tensile Test: # 14 225.00$ Stress-Strain Analysis: Wire or Strands 180.00$ Tensile Test: # 18 325.00$ (Including Chart and Percent Offset) Tensile Test Only 135.00$ Reinforcing Steel - Welded or Coupled Tendons Specimens Rate Tensile Test: Welded/Coupled #11 and Smaller 70.00$ Polymer Matrix Composite Materials Tensile Test: Welded/Coupled #14 250.00$ (Fiberwrap)Rate Tensile Test: Welded/Coupled #18 375.00$ Tensile Strength – Set of 5 Specimens/batch/1,350.00$ Weld: Macroetch 75.00$ direction (ASTM D3039) Slippage Test - Caltrans (CTM 670)190.00$ Tensile Strength – Additional Specimens 250.00$ Tensile Test: Welded Hoops #11 and Smaller 145.00$ (ASTM D3039) Heating Chamber Time – Per 24 hr period 95.00$ Metal and Steel Testing Rate Calibration Services and Universal Machine Tensile Strength: Up to 100K Pounds (Each)60.00$ Usage Rate Tensile Strength: Up to 200K Pounds (Each)70.00$ Calibration/Verification Services Quotation Tensile Strength: Up to 300K Pounds (Each)85.00$ Universal Test Machine Usage (Per Hour)350.00$ Tensile Strength: Up to 400K Pounds (Each)135.00$ Tensile Strength: 400K to 600K Pounds (Each)325.00$ Ceramic Tile Testing Division Rate Tensile Strength: Stress-Strain Percent Offset 170.00$ Weld: Macroetch 75.00$ Weld: Fracture 40.00$ Bend Test 55.00$ Flattening Test 70.00$ Hardness Test (ASTM E18)80.00$ Cylic and Fatigue Testing Programs on Special Products/Parts Quotation Bolt: Axial Tensile Test (Up to 7/8" diameter)45.00$ Engineering and Technical supports/Design of Prototypes and Special Bolt: Wedge Tensile Test (Up to 7/8" diameter)60.00$ Test Set-Up Quotation Bolt: Axial Tensile Test (Greater than 7/8" 65.00$ Fastener/Coupling Full Testing Program Per New Regulations: Tension, up to 1" diameter)Tension/Bend, Shear, Double Shear, 8 Compressions Quotation Bolt: Wedge Tensile Test (Greater than 7/8" 80.00$ Fiberglass/Composite Materials Field Testing Program (ASTM D4065, up to 1" diameter)D1143, D4923, D2584, D4476, D1242, D7901, D7921, and D732)Quotation Bolt: Axial Tensile Test (Greater than 1" diameter)Quotation Field Testing of Structures and Structural Elements Quotation Bolt: Wedge Tensile Test (Greater than 1" diameter)Quotation In-Place Shear Testing Quotation Bolt: Proof Load Test (Up to 7/8")70.00$ Materials and/or Product Evaluation Per Specifications Quotation Bolt: Proof Load Test (Greater than 7/8" up to 1" diameter)90.00$ Structural Dynamic Testing and Durability Analysis Quotation Bolt: Proof Load Test (Greater than 1")Quotation Nut: Proof Load Test (Up to 7/8")50.00$ Nut: Proof Load Test (Greater than 7/8" up to 1" diameter)70.00$ Nut: Proof Load Test (Greater than 1")Quotation Chemical Testing of Metal and Steel Rate Steel Chemical Analysis 155.00$ Weight of Galvanized Coating (ASTM A90)75.00$ Epoxy Coating Thickness 80.00$ 20547 Task Task CodeTask 20371 20623 20373 20379 Task 20703 20757 Task 20615 20361 20365 Task Code 20759 Task Code Code 20780 20501 20503 20783 Code 20401 20631 The Ceramic Tile Institute of America (CTIOA) and Twining worked together to advance and develop technology designed to enhance the quality of materials and workmanship in the ceramic tile industry. A separate schedule of fees for these services is available upon request. Code 20801 20751 Task 20525 20504 20505 20507 Code 20521 20701 20621 20545 Code 20755 20523 20705 20611 20640 20641 Task 20637 20638 20639 20636 20635 20531 20633 20803 Task 20632 20617 20753 Code Task Code 20155 20619 80173 Task Code 20609 20707 Code 20601 20708 20603 20634 20630 Code 80170 20605 Task 20607 20529 Task Code 20532 20706 80176 4 PSA26-3939FAC Exhibit "A" (Cont.) Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 2024 - 2025 PROJECT SET UP AND REPORT DISTRIBUTION *By default, hard copies of reports are sent to the governing jurisdiction only. Requesting that hard copies be mailed to any of the parties above will incur a 1% increase to your administrative fees. PERMIT NO: JOBSITE CONTACT: PHONE: YES YES NO If yes, please provide names or titles of who is authorized to sign ___________________________________. NO If yes, please provide names, titles, and contact information for who can authorize overtime and/or double-time TWINING PROJECT MANAGER: PROJECT NAME: JOBSITE ADDRESS: Are daily field reports required to be signed by an authorized representative? Is prior approval required if overtime or double-time charges will be incurred? charges _______________________________________________________________________________________________________________________________________________________________. YES NO / DAVIS BACON NO / PROJECT LABOR AGREEMENT (PLA)YES YES NO / CERTIFIED PAYROLLINSURANCE REQUIRED YES NO / DIR #: _________ / ADVERTISED DATE ________________________ PRELIMINARY NOTICE INFORMATION REQUIRED** (20-day preliminary notice information must be provided as of January 1, 1995, per Civil Code Section 8200) Electronic copies of all reports will be distributed to the following parties automatically. CLIENT** INVOICE / Attention Attention Email Email Phone/Fax Number Mailing Address CERT P/R / Attention City, State, Zip Code Email Phone/Fax Number Phone/Fax Number Mark if hard copies of reports are required to party above.* Special Project or Invoicing Instructions: OWNER** LENDER ** None Attention Attention Email Email Mailing Address Mailing Address City, State, Zip Code City, State, Zip Code Phone / Fax Number Phone/Fax Number Mark if hard copies of reports are required to party above.* Mark if hard copies of reports are required to party above.* GEN CONTRACTOR** BUILDING DEPT. Attention Attention Email Email Mailing Address Mailing Address City, State, Zip Code City, State, Zip Code Phone/Fax Number Phone/Fax Number Mark if hard copies of reports are required to party above.* Mark if hard copies of reports are required to party above.* STRUCT. ENGINEER ARCHITECT Attention Attention Email Email Mailing Address Mailing Address City, State, Zip Code City, State, Zip Code Phone/Fax Number Phone/Fax Number Mark if hard copies of reports are required to party above.* Mark if hard copies of reports are required to party above.* CA. PREVAILING WAGE YES NO PSA26-3939FAC Exhibit "A" (Cont.) Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 1/15/2025 ~ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ~2~1~CT Thi Grinwald AssuredPartners Design Professionals Insurance Services, LLC ritJgN~o Extl: 714-427-3481 I FAX 3697 Mt. Diablo Blvd Suite 230 IA/C Nol: Lafayette CA 94549 itDAJ~ss: DesionProCerts@AssuredPartners.com INSURER($) AFFORDING COVERAGE NAIC# License#:6003745 INSURER A : Hartford Fire Insurance Company 19682 INSURED TWININC-01 INSURER B : Hartford Casualty Insurance Company 29424 Twining, Inc. INSURERC: HARTFORD INSURANCE COMPANY 38288 4811 Airport Plaza Drive, Suite 220 Long Beach CA 90815 INSURER D: QBE Insurance Corporation 39217 INSURER E: Sirius Point Insurance Company 38776 INSURERF : COVERAGES CERTIFICATE NUMBER: 1219506716 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICYEFF POLICY EXP LTR TYPE OF INSURANCE ,.,.,n W\/n POLICY NUMBER IMM/DD/YYYYl IMM/DD/YYYYl LIMITS A COMMERCIAL GENERAL LIABILITY y y 57UUNOK8H2F 2/1/2025 2/1/2026 EACH OCCURRENCE $1,000,000 ~ □ CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED f--PREMISES !Ea occurrence\ $300,000 ~ MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1,000,000 f-- GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 Fl □PRO-D Loc PRODUCTS -COMP/OP AGG $2,000,000 POLICY JECT OTHER: $ A AUTOMOBILE LIABILITY y y 57UENOZ0037 2/1/2025 2/1/2026 COMBINED SINGLE LIMIT $1,000,000 IEa accident\ f-- X ANY AUTO BODILY INJURY (Per person) $ ~ ~ OWNED SCHEDULED BODILY INJURY (Per accident) $ f--AUTOS ONLY f--AUTOS HIRED NON-OWNED iP~~~;c~Je;,fiAMAGE $ ~ AUTOS ONLY ~ AUTOS ONLY $ B X UMBRELLA LIAB HOCCUR y y 57XHUOK8H2R 2/1/2025 2/1/2026 EACH OCCURRENCE $9,000,000 ~ EXCESSLIAB CLAIMS-MADE AGGREGATE $ DED I X I RETENTION $ n $ C WORKERS COMPENSATION y 57WEOK8H18 2/1/2025 2/1/2026 X I ~ffruTE I I OTH-ER AND EMPLOYERS' LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE ~ N/A E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $1,000,000 If yes, describe under E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below D Professional Liab & Poll. Liab ANE6503500 2/1/2025 2/1/2026 per claim/agg $2,000,000 E Excess Professional Liability PROVXS000000801 2/1/2025 2/1/2026 r,er claim/agg $3,000,000 Claims Made Form See NOTE DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The General Liability policy does not contain exclusions or limitations for Residential Operations. The following policies are included in the underlying schedule of insurance for umbrella/excess liability: General Liability/Auto Liability/Employers Liability. *NOTE: Professional Liability includes Pollution Liability for a total of $2,000,000 per claim/Agg. Prof. Liability Excess is in addition to Professional Liability $3,000,000 = total of $5,000,000/$5,000,000 per Claim/Agg. Re: All Projects. The Carlsbad Municipal Water District (CMWD) and the City of Carlsbad and its officers, officials and employees are Additional Insured as respects to General & Auto Liability coverage as required by written contract. Coverage afforded the Additional Insured is Primary and Non-Contributory as respects to General Liability coverage. Separation of Insureds -Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: See Attached ... CERTIFICATE HOLDER City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta CA 92564 a. As if each Named Insured were the only Named Insured; and b. Separately to each CANCELLATION 30 Da Notice of Cancellation SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588 Docusign Envelope ID: 313203D0-8E77-4BC1-B2B3-AC0D92F9F588